Opportunity

Maintenance of CCTV, Fire and Intruder Alarms

  • West Dunbartonshire Council

F02: Contract notice

Notice reference: 2024/S 000-006842

Published 4 March 2024, 1:24pm



Section one: Contracting authority

one.1) Name and addresses

West Dunbartonshire Council

16 Church Street

Dumbarton

G82 1QL

Email

corporate.procurement@west-dunbarton.gov.uk

Country

United Kingdom

NUTS code

UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond

Internet address(es)

Main address

http://www.west-dunbarton.gov.uk/business/suppliers/procurement/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00153

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/toolkit/negotiation/tnd/taskWorkflowList.do?tenderCode=tender_99819&showArchive=false

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/toolkit/negotiation/tnd/taskWorkflowList.do?tenderCode=tender_99819&showArchive=false

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

Public order and safety


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Maintenance of CCTV, Fire and Intruder Alarms

Reference number

2223-113

two.1.2) Main CPV code

  • 79711000 - Alarm-monitoring services

two.1.3) Type of contract

Services

two.1.4) Short description

West Dunbartonshire Council has a requirement to appoint a suitably experienced contractor to carry out Maintenance of Fire, CCTV and Intruder Alarms.

two.1.5) Estimated total value

Value excluding VAT: £808,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31625200 - Fire-alarm systems
  • 31625100 - Fire-detection systems
  • 45312100 - Fire-alarm system installation work
  • 45343000 - Fire-prevention installation works
  • 31625000 - Burglar and fire alarms
  • 31625300 - Burglar-alarm systems
  • 45312200 - Burglar-alarm system installation work
  • 35125300 - Security cameras
  • 38651000 - Cameras

two.2.3) Place of performance

NUTS codes
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond

two.2.4) Description of the procurement

West Dunbartonshire Council has a requirement to appoint a suitably experienced contractor to carry out Maintenance of Fire, CCTV and Intruder Alarms.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Methodology incl project plan / Weighting: 40

Quality criterion - Name: Staffing Project Team Structure / Weighting: 25

Quality criterion - Name: Business Continuity, Phase Out and Exit Strategy / Weighting: 20

Quality criterion - Name: Social Benefits / Weighting: 9

Quality criterion - Name: Sustainability / Weighting: 3

Quality criterion - Name: Fair Work First / Weighting: 3

Price - Weighting: 70

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

2 Year Contract with the possibility of a 2 year extension.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

With reference to SPD questions:

4B.1.1 & 4B. 1.2 Turnover - supplier must demonstrate an annual turnover for each of the two previous years of greater than two times the annual contract value of contract on offer est. 202,000 GBP, therefore a turnover of 404,000 GBP is required

Ratios - a Pass in any two of the three ratios as an overall Pass for Economic and Financial standing.

- (Ratio 1) Acid Test – (Current Assets-stock)/Current Liabilities. To pass the Acid Test Ratio question the bidder must have a score of greater than 1.

- (Ratio 2) Return on Capital Employed %– Profit/Capital employed. To pass this question the Council require the bidder to score a positive figure/Percentage.

- (Ratio 3) Current Ratio – Current Assets/Liabilities. To pass this question the Council require the bidder to achieve a score of greater than 1.

WDC will use template WD09 - WDC Financial Vetting Questionnaire v1.0, it is recommended that candidates review their own ratio scores in advance of submitting their tender. In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee WD04 - Parent Company Guarantee refers. Should after review of the financial evaluation of tenderer fail, then the tender submission may be rejected.

Insurance

Q4B.5.1 –It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance listed below:

- Employers Liability Insurance - 10 million GBP each and every claim

Q4B5.2

- Public and Product Liability Insurance - 10 million GBP each and every claim

- Professional Indemnity Insurance - 5 million GBP each and every claim

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

With reference to SPD question 4C.1, bidders will be required to provide 3 examples that demonstrate that they have the relevant experience and capacity of allotment related works or similar project types

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Contractor must meet the minimum service levels listed in the Measured Term Contract.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

8 April 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

8 April 2024

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Either at the end of the initial 2 year term of 4 years if the extension if used.

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24668. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

As per the Social Benefits WD Attachment.

(SC Ref:743089)

six.4) Procedures for review

six.4.1) Review body

Dumbarton Sheriff and Justice of the Peace Court

Dumbarton

G82 1QQ

Country

United Kingdom